WATER RESOURCES AUTHORITY (WRA) TENDER NOVEMBER 2025
HORN OF AFRICA – GROUNDWATER FOR RESILIENCE PROJECT (HOAGW4RP)
PROJECT ID NO.: P174867 CREDIT NO. IDA-7082-KE
REQUEST FOR EXPRESSIONS OF INTEREST (REOI) FOR CONSULTING SERVICES –
FIRMS SELECTION
| ASSIGNMENT TITLE: | CONSULTANCY SERVICES TO UNDERTAKE COMPREHENSIVE AQUIFER ASSESSMENTS AND THE PREPARATION OF DEVELOPMENT AND MANAGEMENT PLANS FOR NAIROBI AQUIFER SUITE SYSTEMS |
| REFERENCE NO.: | KE-WRA-506736-CS-QCBS |
The Government of the Republic of Kenya has received financing from the World Bank toward the cost of the Horn
of Africa Ground Water for Resilience Project (HoAGW4RP), and intends to apply part of the proceeds towards payments
under the contract for Consultancy Services to Undertake Comprehensive Aquifer Assessments and
The Preparation of Development and Management Plans for Nairobi Aquifer Suite Systems, (Contract No.
KE-WRA-506736-CS-QCBS).
The consulting services (“the Services”) include: identifying and assessing with high percentage of certainty (high
precession/ resolution) the existence of both shallow (up to 250m) and deep (deeper than 500m), characterize and
determine the recharge mechanism and areas for groundwater resources underlying the Nairobi aquifer suite systems
and determine the recharge areas. The assignment also consists of putting in place development and management
plans for the aquifer through extensive stakeholder consultation. The consultancy will provide proposals and supervision
for exploratory wells as well as proposals for monitoring wells and managed aquifer recharge infrastructure.
The detailed Terms of Reference (TOR) for the assignment found at the following website: Water Resources Authority’s
http://www.info@wra.go.ke; and PPIP Portal http://www.tenders.go.ke or can be obtained at the address
provided below.
The Water Resources Authority now invites eligible consulting firms (“Consultants”) to indicate their interest in
providing the Services. Interested Consultants should provide information demonstrating that they have the required
qualifications and relevant experience to perform the Services. The shortlisting criteria are:
a. Core business as a consulting firm in the water sector within the last five (5) years. Have delivered consultancies
in water resources planning, development, and management in Kenya or within the sub-Saharan region
and experience in undertaking feasibility studies, detailed designs, and supervision of water-related facilities/
infrastructure.
b. Relevant experience: Demonstration by consulting firm of having been involved in successful execution,
completed and/or ongoing, of at least two (2) assignments of similar nature both in scope and complexity in
similar operating environment in the last five (5) years with preferably one (1) assignment, completed or ongoing.
Details of the assignment – Name and address of the client, scope, value, and period shall be provided; and
c. Technical and managerial capability of the consulting firm to undertake the assignment which should be
supported by detailed company profiles providing details about staff skills, necessary tools, equipment, and
software to undertake the assignment. Please Note: Key Experts will not be evaluated at the shortlisting
stage.
The Consultant(s) will be selected in accordance with the World Bank’s Procurement Regulations for IPF Borrowers,
dated July 2016, revised November 2017, August 2018, November 2020 and revised September 2023 which can be
found at the following website: www.worldbank.org/procurement
The duration of the consultancy services is twelve (12) months from the date of commencement.
The attention of interested Consultants is drawn to Section III, paragraphs, 3.14, 3.16, and 3.17 of the World Bank’s
“Procurement Regulations for IPF Borrowers” 5th Edition September 2023 (“Procurement Regulations”), setting
forth the World Bank’s policy on conflict of interest.
Consultants may associate with other firms to enhance their qualifications but should indicate clearly whether the
association is in the form of a joint venture and/or a sub-consultancy. In the case of a joint venture, all the partners
in the joint venture shall be jointly and severally liable for the entire contract, if selected. However, the experience of a
sub-consultant will not be considered while short-listing.
A Consultant will be selected in accordance with the quality cost-based selection (QCBS) method set out in the
Procurement Regulations.
Further information can be obtained at the address below during office hours [weekdays Monday to Friday
0800hrs to 1700hrs local time excluding public holidays]. Interested Consultants are required to continually
check the Water Resources Authority website http://www.info@wra.go.ke for any additional information or clarification
that may arise before the submission date.
Expressions of interest must be delivered in a written form to the address below (in person, or by mail) so as to be
received on or before 6/01/2026 at 1100Hours, Kenya local time. (GMT+3 hours).
The Request for Expressions of Interest (REOI) should be addressed to:
Chief Executive Officer
Water Resources Authority,
Ragati Road off Ngong Road,
SHA Building,
9th Floor Wing B
NAIROBI, KENYA.
Telephone: +254 2732291, +254 2729048/9
